Loading...
HomeMy WebLinkAboutRES 07-121 RESOLUTION NO. 07-121 WHEREAS, on August 15, 2006, the City Council of the City of Beaumont, Texas, passed Resolution No. 06-229 awarding a contract in the amount of$1,845,000 to Bruce's General Construction, Inc., Beaumont, Texas, to furnish all labor, materials, supplies and equipment to renovate the interior of the Julie Rogers Theatre; and, WHEREAS, Change Order No. 1 was executed on November 2,2006 for plumbing repairs in the amount of$5,331.75 thereby increasing the contract to$1,850,331.75; and, WHEREAS,the City Council of the City of Beaumont,Texas, passed Resolution No. 06-366 on December 5,2006 approving Change Order No.2 in the amount of$65,380.01 increasing the contract amount to$1,915,711.76 forthe installation of a concrete ramp and handrails in auditorium entrances, additional plaster repair in the auditorium ceiling and installation of rubber flooring in concession areas and elevator; and, WHEREAS, Change Order No. 3 in the amount of $9,979.20 executed on December 12, 2006 for additional paint prep work on auditorium ceiling beams due to water damage; and, WHEREAS, Change orders Nos. 4, 5 and 6 were required as shown below: Change Order No.4 submitted December 12,2006 in an amount of$17,139.07 includes: 1) Installation of new ceiling grids and ceiling tiles in foyers and stairways, control room, 2"d floor concession area, and 1 st floor meeting room. These areas were omitted in the original plans and specifications. After construction began and these areas were opened, damaged ceiling tiles and rusted grids were discovered. 2) Installation of drywall in restrooms to accommodate raised floor. Drywall had to be raised to accommodate raised floor in restrooms. 3) Add an overlay of sheetrock to paneled rooms previously scheduled for repainting in the 2"d floor offices. The existing paneled walls were scheduled to be painted but upon closer inspection, damage to the 30 year old paneling was noted, thus the decision was made to overlay the paneling with sheetrock. 4) Furnish and install acoustical ceilings in 2"d floor north and south corridors. The original plans called for recessed lighting with plaster ceilings. Since these are office and dressing room corridors that will not be open to the public, it was decided to lower the ceiling and install acoustical tiles. 5) Replacement of rusted metal studs found in restroom walls,janitor closets and other interior room walls. The studs were rusted from water leaks not known until existing walls were removed. Change Order No.5 submitted December 13,2006 in an amount of$38,396.45 includes: 1) Leveling of restroom floors. After demolition of existing restrooms, it was discovered that the floors were not level due to the settling of the foundation on the north and south sides of the building. The floors need to be raised 2 Y2 to 3 %2 inches to accommodate the installation of new restroom facilities and flooring. After consulting with a structural engineer, it was determined that the floors could be leveled by using concrete and a leveling compound. In addition, all plumbing stub outs and drains must be raised to accommodate the new floor. 2) Additional stencil work by Conrad Schmitt in the west auditorium entrances. Conrad Schmitt's original bid included lobby and hallway stencils. It was decided to continue the same pattern in auditorium vestibules. The cost forthis additional artistic stenciling is $2,278.50. 3) Plumbing repairs. These include replacing air conditioning drains, storm drains and miscellaneous plumbing repairs. Change Order No. 6 submitted December 21,2006 in an amount of$71,896.82 includes: • New and revised lighting. The original specifications for lighting were based on a decorating scheme designed by LaBiche Architectural Group. The award of the construction bid included an alternate bid item using the artistic design work by Conrad Schmitt Studios for painting the lobbywalls,auditorium and corridors. The design scheme includes beautiful floral patterns in soft pastels, stenciled and hand painted on wall panels and hand-painted ceiling murals. The lighting fixtures originally specified are not appropriate for the new design concept. Included in this change order are new chandeliers for the north and south lobbies. The contractor allowed$10,715 in his bid for cleaning and repairing the existing chandeliers. New chandeliers were selected after it was discovered that the existing chandeliers had damage beyond repair. The price for the four chandeliers including four mechanical lowering devices, new wiring and wall controls,and installation is$55,060. In addition, new chandeliers not scheduled for replacement in the original bid were selected for the Green Room,the Ticket Lobby and corridors. Most of the cost was offset by the deletion of numerous fixtures originally specified that did not compliment the architectural integrity of the building. Change Order Nos.4, 5 and 6 in the total amount of$127,432.29 increased the contract amount to $2,053,123.25; and, WHEREAS, Change Order Nos. 7, 8 and 9 were required as shown below: New Contract Executed Reason Amount Amount No. 7 1/18/07 Cabling installation $5,363.35 $1,986,589.78 No. 8 1/23/07 Drywall, insulation, cleanup and debris removal, misc. a/c changes $6,444,82 $2,064,931.42 No. 9 1/23/07 Sheetrock for 14 doorways, tape, float and paint, new base trim $3,606.75 $2,068,538.17 and, WHEREAS, Change Order Nos. 10 through 15 were required as shown below: Change Order No. 10 in an amount of$24,733.91 includes: • Material and labor to modify auditorium floor to accommodate new seating layout. Electrical and communication lines to be relocated in this area. Paint both the auditorium and balcony concrete floors. Change Order No. 11 in an amount of$5,092.50 includes: • New laminate countertops and new cabinet doors in second floor concession area. Change Order No. 12 in amount of$9,284.10 includes: • Miscellaneous repairs in various rooms and corridors. Change Order No. 13 in an amount of$11,369.17 includes: 1) New carpet to be installed in the performer's dressing rooms,which includes one on the 1 st level and three on the 2nd level; 2) A brick paved floor similar to the southeast entrance lobby floor; 3) Installation of an automatic door, new glass and glazing of the sidelites and transom and electrical connections. Change Order Nos. 14 and 15 in an amount of$6,273.75 include: • Remodel the wall inset to mount ADA drinking fountains and additional painting. Paint the Rose Room and Chorus Dressing Rooms; and, WHEREAS, Change Order Nos. 16 through 18 were required as shown below: Change Order No. 16 in an amount of($16,366.65) includes: 1) Renovations to the Southeast entrance including new aluminum ceiling grid and tiles, painting of exterior porch soffits, walls and doors and new light fixtures. 2) Construction of an enclosed glass cabinet to conceal the counter in Room 116 and miscellaneous electrical changes for security system and light fixtures. 3) Construction of a closet to conceal the main terminal switch for phone and computers in 2nd floor offices. 4) Furnish and install new paper towel dispensers in restrooms. 5) 2nd Floor concession area will be equipped with one beverage dispenser. This requires the installation of an ice bin and modification to the sink and countertop. 6) Ticket Office - The original counter in the Ticket office was scheduled to remain as it was constructed in 1982. It was not ADA compliant nor is it a convenient and efficient workspace for staff. New cabinets will be designed to accommodate computerized ticket processing equipment and additional staff during crowded sales events. 7) Restroom Partitions- In the original design, the restroom partitions were to be constructed of "Silestone", a natural quartz product. This material, usually used for countertops, is heavy and not practical for restroom partition walls and doors. This material was deleted and substituted with a lighter weight laminate product resulting in a substantial credit of$42,352.00 to the cost of the project. Change Order No. 17 in an amount of$15,064.00 includes: 1) Addition of two new circuits in the north and south corridors for lighting. Two fixtures will be on separate circuits so as to not overload the main generator backup circuit used in case of an emergency. This change was made at the recommendation of the electrical engineer for this project. 2) Auditorium return air system was installed incorrectly during the 1982 renovation. Part of the system was not connected to the air conditioning unit and electrical conduit was installed incorrectly. According to our Building Services Manager, there had been unresolved problems with the air conditioning unit but until the ceiling was opened during the remediation, the cause of the problem was not known. This cost includes building a new 20 ft. extension and removing existing grid and plaster. 3) Lamps in the auditorium ceiling are difficult to change because of limited access. All light bulbs were replaced while scaffolding was in place. Change Order No. 18 in the amount of$1,487.06 includes: • Electrical upgrades to allow for control of the 2"d floor corridor lighting from the control room. Allows staff to remotely flash lights to signify end of intermission; and, WHEREAS, Change Order No. 19 in the amount of$7,688.10 was executed on February 21, 2007 for thirteen (13) new slab doors & four (4) new double units including jambs, & installation of new doors and frames; and, WHEREAS, Change Order No. 20 was required to install new front entry doors in the amount of$29,925 thereby increasing the contract to $2,163,089.11.; and, WHEREAS,Change Order No.21 was required to furnish and install new hardware on secondary front entry doors and auditorium entrance doors on the first and second floors in the amount of$38,778.60 thereby increasing the contract to $2,201,867.71; and, WHEREAS, Change Order No. 22, approved by Resolution No. 07-071 on March 20, 2007, was required to refurbish the auditorium floor in the amount of $28,184.89 thereby increasing the contract amount to $2,230,052.60; and, WHEREAS, Change Order No. 23 in the amount of $6,218.52 was executed on March, 22, 2007 increasing the contract to$2,236,271.12 for work necessary in the Green Room Kitchen, including demolition of the current kitchen galley which was not ADA compliant, and installation of a new kitchen counter, sink, and under-cabinet refrigerator; p 9 and, WHEREAS, Change Order Nos. 24, 25 and 26 are required as shown below: Change Order No. 24 in the amount of $4,551.75 thereby increasing the contract to $2,240,822.87 includes: • Miscellaneous window and door glass repair, additional balcony riser and control booth painting, a menu board and painting of new cabinet doors in the 2"d floor concession area, and installation of additional wood base trim in 1 st floor lobbies. Change Order No. 25 in the amount of $8,420.21 thereby increasing the contract to $2,249,243.08 includes: • Purchase and installation of additional exit lights required to meet all fire and building codes. Installation of water resistant ceiling tiles and painting ceiling grid in dressing room showers. Change Order No. 26 in the amount of$11,505 thereby increasing the contract to $2,260,748.08 includes: • Offices, a conference room, a large meeting room and an area for food or drink preparation for use by office personnel or conference attendees. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF BEAUMONT: That the City Manager be and he is hereby authorized to execute Change Order Nos. 24, 25 and 26 in the total amount of $24,476.96 thereby increasing the contract to $2,260,748.08. PASSED BY THE CITY COUNCIL of the City of Beaumont this the 1st day of May, 2007. Mayor Guy N. Goodson - / ..... Il It fit ii